Loading...
11-105 • Resolution No. 11-105 IN117015 'trY1P.lYt Supplemental of Transportation Resolution for Maintenance of nsp� Streets and Highways by Municipality Under the Illinois Highway Code BE IT RESOLVED, by the Mayor and City Council of the (Council or President and Board of Trustees) City of Elgin , Illinois, that there is hereby (City,Town or Village) (Name) appropriated the sum of $ 135,699.36 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code from January 1, 2007 (Date) to December 31, 2007 (Date) BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall, as soon a practicable after the close of the period as given above, submit to the Department of Transportation, on forms furnished by said Department , a certified statement showing expenditures from and balances remaining in the account(s)for this period; and BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this resolution to the district office of the Department of Transportation, at Schaumburg , Illinois. I, Jennifer Quinton (Acting) City Clerk in and for the City (City,Town or Village) of Elgin , County of Kane/Cook hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Mayor and City Council at a meeting on June 22, 2011 (Council or President and Board of Trustees) Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 22nd day of June, 2011. OF ACC Acting City Clerk G, peseutiots V1i •enni r Quinton (City,Town or Village) : ` I Approved ` n AUG 1 7 2011 Date 4TE TV, Department of 46.4. o;e „ Regional Engineer Printed 6/10/2011 BLR 14230(Rev. 11/06) 2V01 Illinois Department of Transportation Division of Highways/Region One I District One 201 West Center Court/Schaumburg, Illinois 60196-1096 LOCAL ROADS AND STREETS Motor Fuel Tax -2007 Maintenance Program City of Elgin Section No.: 07-00000-00-GM Kane/Cook County August 17, 2011 Ms. Jennifer Quinton Deputy City Clerk City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Quinton: The Supplemental Resolution adopted by the City Council on June 22, 2011, received on August 15, 2011, was approved as of August 17, 2011. This provides for the maintenance of various municipal streets from January 1, 2007 to December 31, 2007 and appropriates an additional $135,699.36 of Motor Fuel Tax (MFT) Funds for the subject section(s). With the additional funds appropriated, a total of$3,581,348.74 of MFT Funds has been appropriated for the subject maintenance period. The authorization for expenditure of$175,457.62 for maintenance and $931.52 for maintenance engineering from the City's Unobligated MFT Account is authorized and will be recorded on the next Monthly Allotment Notification Letter. Enclosed is one copy for your records. If you have any questions or need additional information, please contact Chad Riddle, Program and Office Engineer, at(847) 705-4406 or via email at Charles.Riddle @illinois.gov. Very truly yours, Diane M. O'Keefe, P.E. Deputy Director of Highways, Region One Engineer By: Christopher J. Holt, P.E. Bureau Chief of Local Roads and Streets Enclosure(s) cc: David Lawry, Public Services Director w/encl. Wills Burke Kelsey Associates, Ltd., Consulting Engineers w/encl. Illinois Department of Transportation Division of Highways/Region One/District One 201 West Center Court/Schaumburg, Illinois 60196-1096 LOCALJIDADS AND STREETS .Motor Fuel Tax —2007 Maintenance Program C City of Elgin Section No.: 07-00000-00-GM Kane County November 15, 2007 Ms. Diane Robertson City Clerk City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Robertson: The Revised Material Proposal was approved as of November 15, 2007. A bid opening has been scheduled for December 4, 2007 at 11:00 AM for the subject section. Enclosed is one (1) copy for your records. If you have any questions or need additional information, please contact Marilin Solomon, Field Engineer, at (847) 705-4407 or via email at marilin.solomon @illinois.gov. Very truly yours, Diane M. O'Keefe, P.E. Deputy Director of Highways, Region One Engineer • By: Christopher J. Holt, P.E. Bureau Chief of Local Roads and Streets Enclosure cc: John Loete, Director of Public Works w/encl. Hampton, Lenzini and Renwick, Inc. w/encl. RETURN WITH BID PROPOSAL SUBMITTED BY Street P.O.Box City State Zip Code STATE OF ILLINOIS J Q COUNTY OF KANE AND COOK O 0- E CITY OF ELGIN O 8 (Insert name of City,Village,Town or Road District) IX IL LL L E TIMI TTEOF COST,SPECIFICATIONS,PLANS, ili - • 13 MATERIAL PROPOSAL,CONTRACT PROPOSAL, I— ,`,,10,ppp!BnHrt,,' °° PEE OF................''' Zm w O (Strike out that which is not applicable) ��� ,�'� W -- o I- V FOR S- l ' ^uluS• Z Z THE IMPROVEMENT OF •�F 41323 P.;°�? 01 ,t;T"->cr,p, H - CITY OF ELGIN STREET LIGHTING MATERIALS o��'s /J^ ,°° beFt fY STREET NAME OR ROUTE NO. VARIOUS MATERIALS Lo I- O O SECTION NO. 07-00000-00-GM Z v O .2 2 OF FUNDS MFT W U) TO BE CONSTRUCTED UNDER fY 0 THE PROVISIONS OF QZ o THE ILLINOIS HIGHWAY CODE m Submitted AppfektailiPasseeiti APPROVED DEPARTMENT OF TRANSPORTATION Mayor !SY rs 1' 1 For County and Road District Projects Only Date NOV 1 5 2Q07 Submitted/Approved zip, 0,04/4... rL ��/ Regional Engineer i�i� County Engineer/Superintendent of Highways Page 1 of 1 IL 494-0328 BLR 12210(Rev.7/05) Printed on 10/30/2007 3:44:19 PM • Illinois Department of Transportation Notice of Material Letting Sealed proposals will be received in the office of the Purchasing Director until 11 o'clock A. M., 12/04/2007 for furnishing materials required in the construction/maintenance Date of Section 07-00000-00-GM County Kane Municipality City of Elgin Road District and at that time publicly opened and read. 2. Proposals shall be submitted on forms furnished by the Local Agency which may be obtained at the office of the Purchasing Director and shall be enclosed in an envelope endorsed "Material Proposal, Section 07-00000-00-GM If 3. The right is reserved to waive technicalities and to reject any or all proposals. 4. Proposal Guaranty. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals, will be required. Bid bonds ® will ❑ will not be allowed as proposal guaranties. 5. Contract Bond. The successful bidder at the time of execution of the contract ❑ will ®will not be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. Failure on the part of the contractor to deliver the material within the time specified or to do the work specified herein will be considered just cause to forfeit his surety as provided in Article 108.10 of the Standard Specifications. By Order of City of Elgin (Awarding Authority) October 23, 2007 Diann Robertson Date (Municipal Clerk) Material Proposal To City of Elgin (Awarding Authority) If this bid is accepted within 45 days from date of opening, the undersigned agrees to furnish any or all of the materials, at the quoted unit prices, subject to the following: 1. It is understood and agreed that the"Standard Specifications for Road and Bridge Construction" adopted January 1, 2007 and the"Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2007 prepared by the Department of Transportation, shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. 2. It is understood that quantities listed are approximate only and that they may be increased or decreased as may be needed to properly complete the improvement within its present limits or extensions thereto, at the unit price stated and that bids will be compared on the basis of the total price bid for each group. 3. Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the acceptance at the point and in the manner specified in the"Schedule of Prices". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. 4. The contractor and/or local agency performing the actual material placement operations shall be responsible for providing work zone traffic control, unless otherwise specified in this proposal. Such devices shall meet the requirements of and be installed in accordance with applicable provisions of the"Illinois Manual on Uniform Traffic Control Devices" and any referenced Illinois Highway Standards. 5. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 6. A bid will be declared unacceptable if neither a unit price nor a total price is shown. Discounts will be allowed for payment as follows: % calendar days: % calendar days. Discounts will not be considered in determining the low bidder. Bidder By (Signature) Address Title Printed on 10/30/2007 BLR 12240(Rev. 12/06) Illinois Department BASE BID Material Proposal of Transportation Schedule of Prices Group Unit No. Items Delivery Unit Quantity Price Total I. POLES AND POLE ACCESSORIES 1. TB6-9 To Elgin P.W. Each 1 9"High Breakaway Transformer Base, 10.5"-12.5"Top and Bottom Bolt Circle,Aluminum,Natural Unpainted Finish Subtotal—Group I II. FIXTURES (175W-400W) 2. M2AC17MOA1GSC21 To Elgin P.W. Each 2 175W MH Multi-Tap Fixture,Flat Lens,Paint Brown 3. M2RR17MOA1 GMS3 w/Fiber Gasket&Leveling Device To Elgin P.W. Each 5 175W MH Multi-Tap Fixture w/Drop Glass Prismatic Lens 4. 115-25MCAMT2R3SG To Elgin P.W. Each 5 250W MH Multi-Tap Fixture w/Sag Glass Clear Tempered Lens w/PC Socket 5. 125-0D143 To Elgin P.W. Each 10 400W MH Multi-Tap Fixture w/Drop Glass Medium Cutoff Lens w/PC Socket 6. 126-0C143 To Elgin P.W. _ Each 5 400W MV Multi-Tap Fixture w/Drop Glass Prismatic Lens w/o PC Socket 7. IDOT District 1 400W Series 325 To Elgin P.W. Each 6 400W MH Multi-Tap Fixture w/Flat Glass Lens Subtotal—Group II III. LAMPS (175W—400W) 8. HR175DX39 To Elgin P.W. Each 50 175-Watt Mercury Vapor Lamp 9. HR250DX37 To Elgin P.W. Each 50 250-Watt Mercury Vapor Lamp 10. MVR175/U To Elgin P.W. Each 300 175-Watt Metal Halide Lamp 11. MVR250/U To Elgin P.W. Each 300 250-Watt Metal Halide Lamp 12. MVR400/U To Elgin P.W. Each 100 400-Watt Metal Halide Lamp Subtotal—Group III IV. DECORATIVE POLES AND FIXTURES King Luminaire Fixtures and Poles 13. K118-IPR-V-50MH-240MT-K12-HSS-BR Luminaire To Elgin P.W. Each 5 K118 50-Watt King Luminaire w/Stippled Opal Globe w/Brass _ Ring and Finial per Drawing No. 19826, Paint Imperial Bronze Page 1 of 3 BLR 12241 (Rev.7/05) Printed on 10/15/2007 11:20:45 AM Group Unit Items Delivery Unit Quantity Total No. Price 14. KSS10-12 with K118-1 PR-V-50MH-240MT-K12-HSS-BR 12'Street Light Pole and Decorative Luminaire To Elgin P.W. Each 1 Street Light Pole and Light Fixture Complete with Opal Stippled Globe per King Luminaire Drawing No. 19825-1 Paint Imperial Bronze 15. K118-EPR-V-100-MH-240MT-K13-GR Luminaire To Elgin P.W. Each 2 Light Fixture Complete with Clear Stippled Globe w/Integral Refractor per Drawing No.206A1745-2,Paint Black 16. KSS16FF-13.5-DR 13'-6"Fluted Shaft w/23%Iron Base To Elgin P.W. Each 2 13'-6"Fluted Shaft and 23%"Cast Iron Base w/Festoon Outlet,Banner Arms,per Drawing206A1745-2, Paint Black 17. K118-EPR-V-250(MOG)-M1-1-120MT-K13 Luminaire To Elgin P.W. Each 1 Light Fixture Complete with Clear Stippled Globe w/Integral Refractor per Drawing No.24622,Paint Black 18. 80349-001 13'-7"Aluminum Straight Street Light Pole To Elgin P.W. Each 1 for Top-Mounted Street Light Fixture w/Festoon Outlet, Paint Black 19. 80349-002 15'Aluminum Straight Street Light Pole To Elgin P.W. Each 1 for Top-Mounted Street Light Fixture, Paint Black 20. TB2-17 1517 I.W.Breakaway Transformer Base To Elgin P.W. Each 1 17"High Aluminum Breakaway Transformer Base w/Plastic Door 10"-12"Top and Bottom Bolt Circle,Aluminum,Paint Black Subtotal—King Spring City Fixtures and Poles 21. 100-Watt New Frontier Fixture w/199 Globe with Ornamental Brass Band and Brass Finial To Elgin P.W. Each 10 100-Watt Ornamental Fixture w/Clear Stippled Globe per Drawing LP-21629, Paint Black 22. 13'-6"Fluted Steel Shaft w/24"Cast Iron Base To Elgin P.W. Each 4 13'-6"Washington Pole and 24"Cast Iron Clamshell Base w/Festoon Outlet,Banner Arms,see Drawing LP-23458, Paint Black 23. Clamshell Base for Kimball 30-Foot Pole To Elgin P.W. Each 2 Clamshell Base Casting,see Drawing LP-22921, Paint Black 24. Bishops Crook 400W MH 240V Light Fixture To Elgin P.W. Each 4 w/Leveling Device,see Drawing LP-22921, Paint Black 25. 34'-6"Street Light and Pole w/Single Arm To Elgin P.W. Each 1 See Drawing LP-22771, Paint Black 26. 34'-6"Street Light and Pole w/Dual Arm To Elgin P.W. Each 1 See Drawing LP-22921,Paint Black Subtotal—Spring City Holophane Fixtures and Poles 27. 100-Watt AWU100MHMCB5MSG Light Fixture To Elgin P.W. Each 4 100W MH Multi-Tap Washington Postlite Luminaire,Clear Stippled Globe w/Integral Refractor w/Spike Finial,Band,and Medallions,Paint Black 28. 13'Pole C1324CISBKH w/Festoon and Banner Arms To Elgin P.W. Each 2 13'-2"Columbia Cast Iron and Steel Post w/Festoon Outlet and Banner Arms,Paint Black Page 2 of 3 BLR 12241 (Rev.7/05) Printed on 10/30/2007 3:46:49 PM Group Unit Items Delivery Unit Quantity Total No. Price 29. 400-Watt MPU400MHMCB4 Fixture To Elgin P.W. Each 2 400W MI-I Multi-Tap Memphis Utility,Paint Black 30. WLLF/200-SCA/BK Decorative Arm Fitter To Elgin P.W. Each 2 West Liberty Decorative Arm Fitter for 1'/"Top-Mount Luminaire,Paint Black 31. WLC72/1-CA/BK Single Arm,72" To Elgin P.W. Each 2 Single 72"Roadway Arm,Paint Black 32. WLC72/2-CA/BK Dual Arm,72" To Elgin P.W. Each 2 Dual 72"Roadway Arm,Paint Black 33. 35'Pole RTS35BLK-C24CSB-CIBK To Elgin P.W. Each 2 35'Pole with Clamshell Base,Paint Black Subtotal—Holophane Subtotal—Group IV Total All Groups—Base Bid The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 3 of 3 BLR 12241 (Rev.7/05) Printed on 10/30/2007 3:46:49 PM • Illinois Department ALTERNATE A Material Proposal of Transportation Schedule of Prices Group Unit Items Delivery Unit Quantity Total No. Price V. POLES AND POLE ACCESSORIES 34. 31-697 Street Light Pole To Elgin P.W. Each 4 32'-6"MH 8'Truss Arm Natural Aluminum Unpainted Satin Finish 35. 41-160 Street Light Pole To Elgin P.W. Each 2 30'Aluminum Pole w/10'Curved Davit Arm, Unpainted Satin Finish 36. LTPA 47.5'MH, 12'Arm To Elgin P.W. Each 2 47.5'MH DA Natural Aluminum Curved Davit Arm with Vibration Dampener 37. TB6-9 Breakaway Transformer Base To Elgin P.W. Each 6 9"High, 10.5"-12.5"Top and Bottom Bolt Circle,Aluminum, Natural Unpainted Finish Subtotal—Group V VI. FIXTURES 38. M2AC17MOA1GSC21 To Elgin P.W. Each 4 175W MH Multi-Tap Fixture,Flat Lens,Paint Brown Subtotal—Group VI Total All Groups—Alternate A The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 1 of 1 BLR 12241 (Rev.7/05) Printed on 10/15/2007 11:00:01 AM Illinois Department ALTERNATE B Material Proposal of Transportation Schedule of Prices Group Unit Items Delivery Unit Quantity Total No. Price VII. FIXTURES (175W—250W) 39. 115-17MCAMT1R3DG To Elgin P.W. Each 50 175W MH Multi-Tap Fixture w/Drop Glass Prismatic Lens w/PC Socket 40. 113-0D132 To Elgin P.W. Each 40 250W MH Multi-Tap Fixture w/Drop Glass Medium Cutoff Lens w/PC Socket Subtotal—Group VII Total—Alternate B The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 1 of 1 BLR 12241 (Rev.7/05) Printed on 10/15/2007 11:01:24 AM Illinois Department of Transportation Special Provisions The following Special Provisions supplement the"Standard Specifications for Road and Bridge Construction", adopted January 1, 2007 , the latest edition of the"Manual on Uniform Traffic Control Devices for Streets and Highways," and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of Section 07-00000-00-GM , and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. o The CITY intends to award contracts to the low bidder for groups of materials as shown on the Schedule of Prices from either the Base Bid, Alternate A and/or Alternate B. o Acceptable poles in Groups I and V include Hapco, Valmont, or approved equal. o Acceptable fixtures in Groups II, VI, and VII shall be American Electric, G.E., or an approved equal. o Acceptable lamps in Group III shall be those manufactured by G.E., Phillips, Sylvania, or an approved equal. The Contractor shall submit his/her lamp choice for CITY approval prior to ordering materials. Lamps shall not be intermixed, but rather shall all be the same brand. o The decorative poles and fixtures (Group IV) shall be painted as specified. o Unit prices on all items shall include all shipping and freight charges. Materials are to be delivered to the Elgin Public Works Department at 1900 Holmes Road. o The bidder shall specify delivery times for each group of materials. o A bid bond in the amount of five percent(5%) of the grand total of all items is required with the bid. Page 1 of 1 BLR 11310(Rev.7/05) Printed on 10/30/2007 3:52:43 PM INDEX FOR SUPPLEMENTAL SPECIFICATIONS Adopted January 1,2007 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. No ERRATA this year. SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. No Supplemental Specifications this year. CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted January 1,2007 The following RECURRING SPECIAL PROVISIONS indicated by an"X"are applicable to this contract and are included by reference: RECURRING SPECIAL PROVISIONS CHECK SHEET# PAGE NO. 1 ❑ State Required Contract Provision All Federal-aid Construction Contracts(Eff.2-1-69)(Rev. 1-1-07) 1 2 ❑ Subletting of Contracts(Federal Aid Contracts)(Eff. 1-1-88)(Rev.5-1-93) 3 3 ❑ EEO(Eff.7-21-78)(Rev. 11-18-80) 4 4 ❑ Specific Equal Employment Opportunity Responsibilities Non Federal-aid Contracts(Eff.3-20-69)(Rev. 1-1-94) 14 5 ❑ Required Provisions-State Contracts(Eff.4-1-65)(Rev. 1-1-07) 19 6 Reserved 24 7 ❑ National Pollutant Discharge Elimination System Permit(Eff 7-1-94)(Rev. 1-1-03) 25 8 ❑ Haul Road Stream Crossings,Other Temporary Stream Crossings,and In-Stream Work Pads(Eff. 1-2-92)(Rev.1-1-98) 26 9 ❑ Construction Layout Stakes Except for Structure"(Eff. 1-1-99)(Rev.1-1-07) 27 10 ❑ Construction Layout Stakes(Eff.5-1-93)(Rev. 1-1-07) 30 11 ❑ Use of Geotextile Fabric for Railroad Crossing(Eff.1-1-95)(Rev. 1-1-07) 33 12 ❑ Subsealing of Concrete Pavements(Eff. 11-1-84)(Rev. 1-1-07) 35 13 ❑ Hot-Mix Asphalt Surface Removal(Cold Milling)(Eff.11-1-87)(Rev.1-1-07) 39 14 ❑ Pavement and Shoulder Resurfacing(Eff.2-1-02)(Rev.1-1-07) 41 15 ❑ PCC Partial Depth Hot-Mix Asphalt Patching(Eff. 1-1-98)(Rev. 1-1-07) 42 16 ❑ Patching with Bituminous Overlay Removal(Eff.10-1-95)(Rev. 1-1-07) 44 17 ❑ Polymer Concrete(Eff.8-1-95)(Rev.3-1-05) 45 18 ❑ PVC Pipeliner(Eff.4-1-04)(Rev.1-1-07) 47 19 ❑ Pipe Underdrains(Eff.9-9-87)(Rev. 1-1-07) 48 20 ❑ Guardrail and Barrier Wall Delineation(Eff. 12-15-93)(Rev.1-1-97) 49 21 ❑ Bicycle Racks(Eff.4-1-94)(Rev. 1-1-07) 53 22 ❑ Temporary Modular Glare Screen System(Eff. 1-1-00)(Rev. 1-1-07) 55 23 ❑ Temporary Portable Bridge Traffic Signals(Eff.8-1-03)(Rev.1-1-07) 57 24 ❑ Work Zone Public Information Signs(Eff.9-1-02)(Rev. 1-1-07) 59 25 ❑ Night Time Inspection of Roadway Lighting(Eff.5-1-96) 60 26 ❑ English Substitution of Metric Bolts(Eff.7-1-96) 61 27 ❑ English Substitution of Metric Reinforcement Bars(Eff.4-1-96)(Rev. 1-1-03) 62 28 ❑ Calcium Chloride Accelerator for Portland Cement Concrete(Eff. 1-1-01) 63 29 ❑ QC of Concrete Mixtures at the Plant-Single A(Eff.8-1-00)(Rev. 1-1-04) 64 30 ❑ QC of Concrete Mixtures at the Plant-Double A(Eff.8-1-00)(Rev.1-1-04) 70 31 ❑ Quality Control/Quality Assurance of Concrete Mixtures(Eff.4-1-92)(Rev. 1-1-07) 78 CHECK SHEET FOR RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS Adopted January 1,2007 The following RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS indicated by an "X" are applicable to this contract and are included by reference: RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS CHECK SHEET# PAGE NO. LRS 1 Reserved 91 LRS 2 ❑ Furnished Excavation(Eff. 1-1-99)(Rev.1-1-07) 92 LRS 3 ❑Work Zone Traffic Control(Eff. 1-1-99)(Rev.1-1-07) 93 LRS 4 ❑ Flaggers in Work Zones(Eff. 1-1-99)(Rev.1-1-07) 94 LRS 5 ❑ Contract Claims(Eff. 1-1-02)(Rev. 1-1-07) 95 LRS 6 ❑ Bidding Requirements and Conditions for Contract Proposals(Eff.1-1-02) 96 LRS 7 © Bidding Requirements and Conditions for Material Proposals(Eff. 1-1-02)(Rev. 1-1-03) 102 LRS 8 ❑ Failure to Complete the Work on Time(Eff.1-1-99) 108 LRS 9 ❑ Bituminous Surface Treatments(Eff. 1-1-99) 109 LRS 10 ❑ Reflective Sheeting Type C(Eff.1-1-99)(Rev.1-1-02) 110 LRS 11 ❑ Employment Practices(Eff. 1-1-99) 111 LRS 12 ❑ Wages of Employees on Public Works(Eff.1-1-99)(Rev.1-1-07) 113 LRS 13 ❑ Selection of Labor(Eff. 1-1-99) 114 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks(Eff. 1-1-04)(Rev. 1-1-07) 115 LRS 15 ❑ Partial Payments(Rev. 1-1-07) 118 EXHIBIT 1 City of El - �. Elgin, Illinois - 11 11 Certification Requirements Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: 1. Workforce analysis using the enclosed Bidder's Employee Utilization form. 2. Provide the information required by Item#3 on the employee utilization form if the answer to Question #2 on the form is "Yes". 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) B. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. C. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. D. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. E. The successful bidder agrees that upon acceptance by the City of Elgin, the executed Invitation to'Bid along with all instructions, conditions, and specifications attached thereto constitute a binding contract which may be enforced by the city. Signature/Title Company Name Address Phone Number FEIN No. EXHIBIT 2 BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1 000 Affirmative Action - City Contracts 1. Name and Address of Bidder Description of Project JOB CATEGORIES Total Whites Blacks Hispanics Asians or American Minority Female Employees Pacific Indians (M&F) (All Islanders Categories) M / F M / F M / F M / F M / F % Example:Managers 18 3 5 3 2 4 1 55.6% 44.4% (10/18) (8/18) • TOTALS Signature of Company Official Title Telephone Number Date Signed Page_ of 2. Have you ever been awarded a bid by the City of Elgin? Yes No 3. If the answer to question#2 is Yes, please submit a copy of the Employee Utilization Form that was submitted with your last successful,bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilization of minorities and/or females, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate, or suspend the contract in whole or in part. nE Ftc EXHIBIT 3 } - . ' T� City of Elgin, Illinois■ ok,TED 4 Equal Employment Written Commitment Guideline The written commitment required in Item #4 of the.Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the, area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female ernployees. 4. Set out the bidder's specific goals,to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. 5. Indicate bidder's consent to submit to the City.of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. • 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. Description of Groups for Classification Purposes White: all persons having origins in Europe, North America, or the Middle East Black all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or other Spanish culture or origin, regardless of race Asian American: all persons having origins in the Far East, Southeast Asia, the Indian - • subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition or Etc. _ EXHIBIT 4 1 14 City of Elgin, Illinois ,, _'.M11,,4:: Sexual Harassment -- Policies and Programs °/eirED0 5s Effective July 1, 1993,. every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (1) the illegality of sexual harassment (ii) the definition of sexual harassment under state law (iii) a description of sexual harassment, utilizing examples (iv) the vendor's internal complaint process including penalties (v) the legal recourse;investigative and complaint process available through the Illinois Department.of Human Rights, and the Illinois Human Rights Commission (vi). directions on how to contact the department and commission (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has'-inplace sexual harassment policies which include the required information set forth above,and I hereby agree to furnish the City of Elgin - Human Resources Department with-a copy of these policies if they so request. Signature/Title Company Date Sexual harassment is defined as follows: "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or arty conduct of a sexual nature when (1) submission to such conduct is made either explicitly or implicitly a term or condition of an individual's employment, (2) submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating,hostile, or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin Human Resources Department at (847) 931-5618. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability, loss or damage including costs of defense or claim, demands, costs of Judgment against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. Signature/Title Company Date EMIBIT 5 TAX/COLLUSION/DEBARMENT/PREVAILING WAGE AFFIDAVIT State of ss. County of , being first duly sworn, deposes and says: That he is of the firm of the party making the foregoing bid and that the bidder is not barred from contracting with any unit or local government as a result of a violation of 720 Illinois Compiled Statutes, Section 5/33E-3 or 5133E-4, as amended; and, no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place; and, bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. The bidder also certifies that it shall comply, where applicable,with the Prevailing Wage Act 820 ILCS 130/0.01 et seq. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to before me this day of , 20 Signature of Bidder, if a corporation: SEAL Notary Public President Secretary • Illinois Department Local Agency of Transportation Proposal Bid Bond Route Street Lighting Materials County Kane RETURN WITH BID Local Agency City of Elgin Section 07-00000-00-GM PAPER BID BOND WE ,as PRINCIPAL, and •as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 5%of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors,administrators,successors,and assigns,jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the IA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the IA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPAL is a joint venture of two or more contractors,the company names,and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I, ,a Notary Public in and for said county,do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL&SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of My commission expires (Notary Public) ELECTRONIC BID BOND ❑ Electronic bid bond is allowed(box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) I I I I I I _ I I Electronic Bid Bond ID Code (Company/Bidder Name) (Signature and Title) Date Page 1 of 1 BLR 12230(Rev.7/05) Printed on 8/15/2007 4:13:22 PM Illinois Department of Transportation Division of Highways/Region One I District One 201 West Center Court/Schaumburg, Illinois 60196-1096 LOCAL ROADS AND STREETS Motor Fuel Tax—Approval of Request for Quotations City of Elgin Section No.: 07-00000-00-GM Kane County August 8, 2007 Ms. Dolonna"Loni" Mecum Clerk City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Mecum: The Request for Quotations for Bituminous Patching Material for the maintenance of various municipal streets, from January 1, 2007 to December 31, 2007, was approved as of August 2, 2007. Enclosed is one (1) copy for your records. If you have any questions or need additional information, please contact Marilin Solomon, Field Engineer, at (847) 705-4407 or via email at marilin.solomon @illinois.gov. Very truly yours, Diane M. O'Keefe, P.E. Deputy Director of Highways, Region One Engineer By: Christopher J. It, P.E. Bureau Chief of Local Roads and Streets Enclosure cc: John Loete, Director of Public Works w/encl. Gary Miller, Hampton, Lenzini, & Renwick, Inc. w/encl. ,1021. Illinois Department Request for Quotations of Transportation GROUP I Date 03/24/07 Municipality Company City of Elgin Curran Contracting Company County Representative Kane and Cook Daniel P. Curran Township Address Elgin and Hanover 7502 S. Main Ste , Crystal Lake, IL Section Telephone 07-00000-00-GM (815 ) 455-5100 (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency(LA)to reject any or all quotations. By Order of City Clerk Dolonna "Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group I F.O.B. City trucks 3,860 Tons $45.50 $175,630.00 at source of supply** ' Total Group I* $1630.00 * A haul rate of$0.50 per ton mile will be used to determine the low bidder based on distance from Public ** Source of supply 1450 S. Virginia Rd. Works Garage to source of supply. (Entry by Vendor) Crystal Lake, IL The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. 46.1 I Bidder Curran Contracting Company � o ie '. urran Address 7502 S. Main St. , Crystal Lake, IL 60014 Title Vice President Accepted By Date ®� (Elgin 'y Clerk) s� Approved AUG 0 2 2007 Regional Engineer Page 2 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM Illinois Department Request for Quotations of Transportation GROUP Date March 26, 2007 Municipality Company City of Elgin Arrow Road Construction Co. County Representative Kane and Cook Harvey F. Cross, Vice President Township Address 3401 S. Busse Road Elgin and Hanover Mt. Prospect, IL 60056 Section Telephone 07-00000-00-GM (847 ) 437-0700 (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Dale the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency(LA)to reject any or all quotations. By Order of City Clerk Dolonna "Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group I F.O.B. City trucks 3,860 Tons at source of supply** $41.50 $160, 190.00 Total Group I* Plant #3 — 33 W 760 Bolz Road * A haul rate of$0.50 per ton mile will Carpentersville, IL be used to determine the low bidder based on distance from Public ** Source of supply Works Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery,in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder Arrow Road Construction Co. B "°." Address 3401 S. Busse Rd. , P.O. Box 334 Title Harve . Cross, Vice President Mt. Prospect, IL 60056 Accepted By � yL Date 9 \ ® 7 (Elgin C Clerk) AUG022007 . 4, Approved / Ail Regional Engineer Page 2 of 2 SLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM Illinois Department Request for Quotations of Transportation GROUP I Date 3/26/07 Municipality Company City of Elgin P1 ote Construction Inc. County Representative Kane and Cook Dave Verdi CO Township Address Elgin and Hanover 1100 Brandt Dr. Hoffman Estates, IL 6019 Section Telephone 07-00000-00-GM ( ) (847) 695-9300 (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA) to reject any or all quotations. By Order of City Clerk Dolonna "Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group I F.O.B. City trucks 3,860 Tons ��pO L6;410.oo at source of supply** Total Group I* � * A haul rate of$0.50 per ton mile will AtzL-zt f�'S ,0 PAiite.;+ be used to determine the low bidder l4/. ,Freco ;,tK ezttf t, ,,o, '!l kIti4e=072E,c based on distance from Public ** Source of supply ahleiifiriT.-L Works Garage to source of supply. (Entry by Vendor) 1.nr`�rYYt-2'C' 1©3 Lcv/sf ,___ The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder Plote Construction Inc. By (/, L - - 6lilTi .m T. f1adden Address 1100 Brandt Drive Hoffman Estates, IL 60192 Title Assistant Secretary Accepted By �,,,„, \ :.vv_ Date ®1 \ p cy \ 0-2 (Elgin Ci Clerk) a . . a Ce' Approved AUG s''. 2 2117 AA 5 Regional Engineer Page 2 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM Illinois Dement Request for Quotations of Transportation GROUP ►I Date 03/26/07 Municipality Company City of Elgin Curran Contracting Company County Representative Kane and Cook Daniel P. Curran Township Address Elgin and Hanover 7502 S. Main St. , Crystal Lake, IL Section Telephone 07-00000-00-GM S15 ) 455-5100 (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA)to reject any or all quotations. By Order of City Clerk Dolonna"Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:55 AM MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group II F.O.B. City trucks 200 Tons $105.00 $21,000.00 at source of supply** Total Group II* $21,000.00 * A haul rate of$0.50 per ton mile will be used to determine the low bidder based on distance from Public ** Source of supply 1450 S. Virginia Rd. Works Garage to source of supply. (Entry by Vendor) Crystal Lake, IL The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder Curran Contracting Company Daniel P. Curran Address 7502 S. Main St. , Crystal Lake, IL 60014 Title Vice President Accepted By Date © \ (Elgin City Jerk) Approved AUG 0 2 2007 }U J Regional Engineer Page 2 of 2 BLR 12250(Rev.7/05) Printed on 12/19/2006 2:59:45 PM • Illinois Department Request for Quotations of Transportation GROUP II Date March 26, 2007 ' Municipality Company City of Elgin Arrow Road Construction Co. County Representative Kane and Cook Harvey F. Cross, Vice President Township Address 3401 S. Busse Road Elgin and Hanover Mt. Prospect, IL 60056 Section Telephone 07-00000-00-GM (847 ) 437-0700 (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA)to reject any or all quotations. By Order of City Clerk Dolonna"Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:55 AM • r7' MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group II F.O.B. City trucks 200 Tons $91.00 $18,200.00 at source of supply** Total Group II* Plant #1 - 3401 S. Busse Road * A haul rate of$0.50 per ton mile will Mt. Prospect, IL 60056 be used to determine the low bidder based on distance from Public ' Source of supply Works Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder Arrow Road Construction Co. BY . ;/ /_Vi..4,• 3401 S. Busse Rd. , P.O. Box 334 Address Mt. Prospect, IL 60056 Title Har . Cross, Vice President Accepted By ,_k_q _ �, Date C) 1\ �s\ O-7 (Elgin ity Clerk) AUG n 2 2007 At, Approved Regional Engineer Page 2 of 2 BLR 12250(Rev.7/05) Printed on 12/19/2006 2:59:45 PM Illinois Department Request for Quotations of Transportation GROUP II Date 3/26/07 Municipality Company City of Elgin P1ote Construction Inc. County Representative Kane and Cook Dave Verdi co Township Address Elgin and Hanover 1100 Brandt Drive Hoffman Estates, IL Section Telephone 60192 07-00000-00-GM ( ) (847) 695-9300 (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA)to reject any or all quotations. By Order of City Clerk Dolonna "Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 SLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:55 AM 4 , MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group II F.O.B. City trucks Tons /V)Q 1 : at source of supply** Total Group II* * A haul rate of$0.50 per ton mile will be used to determine the low bidder based on distance from Public ** Source of supply Works Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder Plote Construction Inc. By (1('' Will i.m '. Madden Address 1100 Brandt Dr. Hoffman Estates, IL 60192 Title Assist. t Secretary Accepted By �� � \ „� Date �'1\ ®q\ p—7 (Elgin . Clerk) Approved AUG 2 2007 t '� ,, Regional Engineer Page 2 of 2 BLR 12250(Rev. 7/05) Printed on 12/19/2006 2:59:45 PM Illinois Department of Transportation Division of Highways/Region One/District One 201 West Center Court/Schaumburg, Illinois 60196-1096 LOCAL ROADS AND STREETS Motor Fuel Tax—2007 Maintenance Program City of Elgin Section No.: 07-00000-00-GM Kane County October 10, 2007 Ms. Jennifer Quinton Deputy City Clerk City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Quinton: The Detailed Estimate of Maintenance Cost for the Base Bid in the amount of $76,575.00 for Municipal Streets, $1,531.50 for Municipal Streets Engineering, and the Material Proposal were approved as of October 9, 2007. Our approval also includes Alternates A and B. A bid opening has been scheduled for October 23, 2007 at 11:00 AM for the subject section. In the future, it is not necessary to include the manufacturer names in the Municipal Estimate of Maintenance Cost and Schedule of Prices. Enclosed is one (1) copy each for your records. If you have any questions or need additional information, please contact Marilin Solomon, Field Engineer, at (847) 705- 4407 or via email at marilin.solomon @illinois.gov. Very truly yours, Diane M. O'Keefe, P.E. Deputy Director of Highways, Region One Engineer By: C /1/(2t( — Christopher J. Holt, P.E. Bureau Chief of Local Roads and Streets Enclosures cc: John Loete, Director of Public Works w/encl. Gary Miller, Hampton, Lenzini & Renwick, Inc. w/encl. Illinois Department Municipal Estimate of of Transportation Maintenance Costs Section Number 07-00000-00-GM Period from January 1, 2007 to December 31, 2007 Municipality Elgin Estimated Cost of Maintenance Operations Maintenance For Group I, II,or Ill (Material, Equipment, or Labor) Operation Group Unit Operation (No.-Description) I,II,III,IV Item Unit Quantity Price Cost Cost Street Lighting Materials II I. POLES&POLE ACCESSORIES Base Bid 1. I APC6 TB6-9 Each 1 $250.00 $250.00 $ 250.00 Subtotal $ 250.00 I I. FIXTURES (i- S W- .24 00 w) 2. `6EM2AC17MOA1GSC21 Each 2 250.00 500.00 500.00 3. GJ-M2RR17MOA1GMS3 w/Gasket&Leveling Device Each 5 125.00 625.00 625.00 4. 115-25MCAMT2R3SG Each 5 125.00 625.00 625.00 5. °--'-'-125-OD143 Each 10 150.00 1,500.00 1,500.00 6. 126-0C143 Each 5 125.00 625.00 625.00 7. DOT District 1 400W Series 325 Each 6 200.00 1,200.00 1,200.00 Subtotal $5,075.00 III. LAMPS l X25 W -2400u%9 8. HR175DX39 Each 50 12.00 600.00 600.00 9. HR250DX37 Each 50 12.00 600.00 600.00 10. MVR175/U Each 300 12.00 3,600.00 3,600.00 11. MVR250/U Each 300 12.00 3,600.00 3,600.00 12. MVR400/U Each 100 12.00 1,200.00 1,200.00 Subtotal $9,600.00 IV. DECORATIVE POLES AND FIXTURES King Luminaire Fixtures and Poles 13. K118-IPR-V-50MH-240MT-K12-HSS-BR Luminaire Each 5 750.00 3,750.00 3,750.00 14. KSS10-12 with K118-1 PR-V-50MH-240MT-K12- HSS-BR 12'Street Light Pole and Decorative Luminaire Each 1 3,000.00 3,000.00 3,000.00 15. K118-EPR-V-100-MH-240MT-K13-GR Luminaire Each 2 750.00 1,500.00 1,500.00 16. KSS16FF-13.5-DR 13'-6"Fluted Shaft w/23-3/4 Iron Base Each 2 2,500.00 5,000.00 5,000.00 17. K118-EPR-V-250(MOG)-MH-120MT-K13 Luminaire Each 1 800.00 800.00 800.00 18. 80349-001 13'-7"Straight Street Light Pole Each 1 400.00 400.00 400.00 19. RXtPee-60349-002 15'Straight Street Light Pole Each 1 400.00 400.00 400.00 20. I IArCO-TB2-17 1517 I.W.Breakaway Transformer Base Each 1 300.00 300.00 300.00 Spring City Fixtures and Poles 21. 100-Watt New Frontier Fixture w/199 Globe with Ornamental Brass Band and Brass Finial Each 10 750.00 7,500.00 7,500.00 22. 13'-6"Fluted Steel Shaft w/24"Cast Iron Base Each 4 2,500.00 10,000.00 10,000.00 23. Clamshell Base for Kimball 30-Foot Pole Each 2 1,200.00 2,400.00 2,400.00 24. Bishops Crook 400WMH 240V Light Fixture Each 4 900.00 3,600.00 3,600.00 25. 34'-6"Street Light and Pole w/Single Arm Each 1 2,000.00 2,000.00 2,000.00 26. 34'-6"Street Light and Pole w/Dual Arm Each 1 2,500.00 2,500.00 2,500.00 Page 1 of 2 BLR 14231 (Rev.7/05) Printed on 8/15/2007 3:09:56 PM • Maintenance For Group I, II, or III (Material, Equipment, or Labor) Operation Group Unit Operation (No.—Description) I,Il,llI.IV Item Unit Quantity Price Cost Cost Holophane Fixtures and Poles 27. 100-Watt AWU100MHMCB5MSG Light Fixture Each 4 900.00 3,600.00 3,600.00 28. 13'Pole C1324CISBKH w/Festoon and Banner Arms Each 2 3,000.00 6,000.00 6,000.00 29. 400-Watt MPU400MHMCB4 Fixture Each 2 750.00 1,500.00 1,500.00 30. WLLF/200-SCA/BK Decorative Arm Fitter Each 2 250.00 500.00 500.00 31. WLC72/1-CA/BK Single Arm,72" Each 2 750.00 1,500.00 1,500.00 32. WLC72/2-CA/BK Dual Arm, 72" Each 2 1,200.00 2,400.00 2,400.00 33. 35'Pole RTS35BLK-C24CSB-CI/BK Each 2 1,500.00 3,000.00 3,000.00 Subtotal $61,650.00 Total Day Labor Costs Total Estimated Maintenance Operation Cost $76,575.00 Preliminary Engineering(2%) $1,531.50 Engineering Inspection 0.00 Material Testing 0.00 Total Estimated Engineering Cost $ 1,531.50 Total Estimated Maintenance Cost $78,106.50 Submitted: ��/ z-/4 7 Approved: ` OCT 10 2007 Date Date Q 0 m. 0(47440., By: j'- Public Works Director M S Municipal icial Title Regional Engineer Submit Four(4) Copies to Regional Engineer Page 2 of 2 BLR 14231 (Rev.7/05) Printed on 8/15/2007 3:09:56 PM Illinois Department Municipal Estimate of of Transportation Maintenance Costs Section Number 07-00000-00-GM Period from January 1, 2007 to December 31, 2007 Municipality Elgin Estimated Cost of Maintenance Operations Maintenance For Group I, II, or III (Material, Equipment, or Labor) Operation Group Unit Operation (No.-Description) i,ii,ut,iv Item Unit Quantity Price Cost Cost Street Lighting Materials II I. Poles&Pole Accessories Alternate A 34. F'tA-PCO-31-697 Street Light Pole Each 4 $ 700.00 $2,800.00 $ 2,800.00 35. l-tAPC '41-160 Street Light Pole Each 2 900.00 1,800.00 1,800.00 36. ''o1ment,LTPA 14.5 MH, 3.5 ARM Each 2 1,500.00 3,000.00 3,000.00 37. 1-bacPee-TB6-9 Breakaway Transformer Base Each 6 250.00 1,500.00 1,500.00 Subtotal $9,100.00 II. Fixtures 38. OE M2AC17MOA1GSC21 Each 4 250.00 1,000.00 1,000.00 Subtotal $ 1,000.00 Total Day Labor Costs Total Estimated Maintenance Operation Cost $10,100.00 Preliminary Engineering (2%) $202.00 Engineering Inspection 0.00 Material Testing 0.00 Total Estimated Engineering Cost 202.00 Total Estimated Maintenance Cost $10,302.00 Submitted: 1//2—/O"7 Approved: —OCT 1 0 2007 Date Date By: /' Public Works Director �••••� � /"/• 0:f /AA c, Municipal Officia Title Regional Engineer Submit Four(4) Copies to Regional Engineer Page 1 of 1 BLR 14231 (Rev.7/05) Printed on 8/15/2007 3:17:02 PM Illinois Department Municipal Estimate of of Transportation Maintenance Costs Section Number 07-00000-00-GM Period from January 1, 2007 to December 31, 2007 Municipality Elgin Estimated Cost of Maintenance Operations Maintenance For Group I, II, or III (Material, Equipment, or Labor) Operation Group Unit Operation (No.-Description) i,n,iii,iv Item Unit Quantity Price Cost Cost Street Lighting Materials II II. Fixtures Alternate B 39. Ampriran Flartrir,115-17MCAMT1R3DG Each 50 $100.00 $5,000.00 $ 5,000.00 40. 113-0 D132 Each 40 125.00 5,000.00 5,000.00 Subtotal $10,000.00 Total Day Labor Costs Total Estimated Maintenance Operation Cost $10,000.00 Preliminary Engineering (2%) $200.00 Engineering Inspection 0.00 Material Testing 0.00 Total Estimated Engineering Cost 200.00 Total Estimated Maintenance Cost $10,200.00 Submitted: 9/j 2.—/ 3 7 Approved: ,oeT 7fin7 Date Date • ..` "f. �� /:4) Public Works Director .c` Municipal icial Title Regional Engineer Submit Four(4) Copies to Regional Engineer Page 1 of 1 BLR 14231 (Rev.7/05) Printed on 8/15/2007 3:17:30 PM RETURN WITH BID PROPOSAL SUBMITTED BY • Street P.O.Box City State Zip Code STATE OF ILLINOIS —J < (r) COUNTY OF KANE AND COOK 0 a- E CITY OF ELGIN 0 8 (Insert name of City,Village,Town or Road District) W U_ 0- ca 1010114110t/04 4-TUAXTE-Og-612.14,SPECIFICATIONS,PLANS,Lii w e iNtk A s1i49, • 'CI MATERIAL PROPOSAL,CONTRACT PROPOSAL, .tiv?,.....,,,,•••••„....0/\ i= 73 6C44T-RACTrANCI-CONXRACT-BANO °. Z 65 4' 4, 38485 : -..7...,,, Li.' o (Strike out that which is not applicable) ii*I REGISTERED Ec. i PROFE.SSIONAL 1 .i.:=. 11.1 a) I 0 FOR TE1,0.0;\ ENGINEER ::(70 i I— t %17,1'.*.• „ .. '‘:.c3.'?' Z Z THE IMPROVEMENT OF a) ( '4.**f,O w •(116truoil D ..c I— 4- CITY OF ELGIN STREET LIGHTING MATERIALS /11/aGk a .. 5e- Et STREET NAME OR ROUTE NO. VARIOUS MATERIALS 6o)/et5 11-36;-07 Lo I— c 0 o SECTION NO. 07-00000-00-GM z .3 O E TYPE OF FUNDS MET LLI tl, LLI Z — TO BE CONSTRUCTED UNDER . ct 0 THE PROVISIONS OF u j 0 THE ILLINOIS HIGHWAY CODE EC-1 Submitted Apimovecliclaasseil APPROVED Ca2eff,7-7,-,/ -6d _A DEPARTMENT OF TRANSPORTATION Mayor 4.x_o37,..zo For County and Road Districii/Projects Only Date Submitted/Approved Qt4m4.' A7• $0(44. /A4 Regional Engineer County Engineer/Superintendent of Highways Page 1 of 1 IL 494-0328 BLR 12210(Rev.7/05) Printed on 10/9/2007 10:38:54 AM Illinois Department of Transportation Notice of Material Letting 1. Sealed proposals will be received in the office of the Purchasing Director until 11 o'clock A. M., 10/23/2007 for furnishing materials required in the construction/maintenance Date of Section 07-00000-00-GM County Kane Municipality City of Elgin Road District and at that time publicly opened and read. 2. Proposals shall be submitted on forms furnished by the Local Agency which may be obtained at the office of the Purchasing Director and shall be enclosed in an envelope endorsed"Material Proposal, Section 07-00000-00-GM ". 3. The right is reserved to waive technicalities and to reject any or all proposals. 4. Proposal Guaranty. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals, will be required. Bid bonds ®will ❑ will not be allowed as proposal guaranties. 5. Contract Bond. The successful bidder at the time of execution of the contract ❑will ®will not be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. Failure on the part of the contractor to deliver the material within the time specified or to do the work specified herein will be considered just cause to forfeit his surety as provided in Article 108.10 of the Standard Specifications. By Order of City of Elgin (Awarding Authority) August 17, 2007 Diann Robertson Date (Municipal Clerk) Material Proposal To City of Elgin (Awarding Authority) If this bid is accepted within 45 days from date of opening, the undersigned agrees to furnish any or all of the materials, at the quoted unit prices, subject to the following: 1. It is understood and agreed that the"Standard Specifications for Road and Bridge Construction" adopted January 1, 2007 and the"Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2007 prepared by the Department of Transportation, shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. 2. It is understood that quantities listed are approximate only and that they may be increased or decreased as may be needed to properly complete the improvement within its present limits or extensions thereto, at the unit price stated and that bids will be compared on the basis of the total price bid for each group. 3. Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the acceptance at the point and in the manner specified in the"Schedule of Prices". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. 4. The contractor and/or local agency performing the actual material placement operations shall be responsible for providing work zone traffic control, unless otherwise specified in this proposal. Such devices shall meet the requirements of and be installed in accordance with applicable provisions of the"Illinois Manual on Uniform Traffic Control Devices" and any referenced Illinois Highway Standards. 5. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 6. A bid will be declared unacceptable if neither a unit price nor a total price is shown. Discounts will be allowed for payment as follows: % calendar days: % calendar days. Discounts will not be considered in determining the low bidder. Bidder By (Signature) Address Title Printed on 9/19/2007 BLR 12240(Rev. 12/06) Illinois Department BASE BID Material Proposal of Transportation Schedule of Prices Group Unit Items Delivery Unit Quantity Total No. Price I. POLES AND POLE ACCESSORIES 1. HAPCe'TB6-9 To Elgin P.W. Each 1 9"High Breakaway Transformer Base, 10.5"-12.5"Top and Bottom Bolt Circle,Aluminum, Natural Unpainted Finish Subtotal—Group I II. FIXTURES 0-5 Lk) -400 W 2. -6E.M2AC17MOA1GSC21 To Elgin P.W. Each 2 175W MH Multi-Tap Fixture, Flat Lens,Paint Brown 3. erM2RR17MOA1GMS3 w/Gasket&Leveling Device To Elgin P.W. Each 5 175W MH Multi-Tap Fixture w/Drop Glass Prismatic Lens 4. e4 115-25MCAMT2R3SG To Elgin P.W. Each 5 250W MH Multi-Tap Fixture w/Sag Glass Clear Tempered Lens w/PC Socket 5. 125-0D143 To Elgin P.W. Each 10 400W MH Multi-Tap Fixture w/Drop Glass Medium Cutoff Lens w/PC Socket 6. 126-0C143 To Elgin P.W. Each 5 400W MV Multi-Tap Fixture w/Drop Glass Prismatic Lens w/o PC Socket 7. American -IDOT District 1 400W Series 325 To Elgin P.W. Each 6 400 W MH Multi-Tap Fixture w/Flat Glass Lens Subtotal—Group II III. LAMPS ( (9_6 W — -4 oow 8. HR175DX39 To Elgin P.W. Each 50 175-Watt Mercury Vapor Lamp 9. HR250DX37 To Elgin P.W. Each 50 250-Watt Mercury Vapor Lamp 10. MVR175/U To Elgin P.W. Each 300 175-Watt Metal Halide Lamp 11. MVR250/U To Elgin P.W. Each 300 250-Watt Metal Halide Lamp 12. MVR400/U To Elgin P.W. Each 100 400-Watt Metal Halide Lamp Subtotal—Group III IV. DECORATIVE POLES AND FIXTURES King Luminaire Fixtures and Poles 13. K118-IPR-V-50MH-240MT-K12-HSS-BR Luminaire To Elgin P.W. Each 5 K118 50-Watt King Luminaire w/Stippled Opal Globe w/Brass Ring and Finial per Drawing No. 19826,Paint Imperial Bronze Page 1 of 3 BLR 12241 (Rev.7/05) Printed on 8/15/2007 3:14:13 PM • Group Unit No. Items Delivery Unit Quantity Price Total 14. KSS10-12 with K118-1PR-V-50MH-240MT-K12-HSS-BR 12'Street Light Pole and Decorative Luminaire To Elgin P.W. Each 1 Street Light Pole and Light Fixture Complete with Opal Stippled Globe per King Luminaire Drawing No. 19825-1 Paint Imperial Bronze 15. K118-EPR-V-100-MH-240MT-K13-GR Luminaire To Elgin P.W. Each 2 Light Fixture Complete with Clear Stippled Globe w/Integral Refractor per Drawing No.206A1745-2,Paint Black 16. KSS16FF-13.5-DR 13'-6"Fluted Shaft w/233/4 Iron Base To Elgin P.W. Each 2 13'-6"Fluted Shaft and 23W Cast Iron Base w/Festoon Outlet, Banner Arms,per Drawing 206A1745-2,Paint Black 17. K118-EPR-V-250(MOG)-MH-120MT-K13 Luminaire To Elgin P.W. Each 1 Light Fixture Complete with Clear Stippled Globe w/Integral Refractor per Drawing No.24622,Paint Black 18. .FFAVOO 80349-001 13'-7"Straight Street L ght Pole To Elgin P.W. Each 1 For Top-Mounted Street Light Fixture w/Festoon Outlet, Paint Black 19. 1.061614380349-002 15'Straight Street Light Pole To Elgin P.W. Each 1 For Top-Mounted Street Light Fixture 20. HAPGG-TB2-17 1517 I.W.Breakaway Transformer Base To Elgin P.W. Each 1 17"High Aluminum Breakaway Transformer Base w/Plastic Door 10"-12"Top and Bottom Bolt Circle,Aluminum, Paint Black Spring City Fixtures and Poles 21. 100-Watt New Frontier Fixture w/199 Globe with Ornamental Brass Band and Brass Finial To Elgin P.W. Each 10 100-Watt Ornamental Fixture w/Clear Stippled Globe per Drawing LP-21629,Paint Black 22. 13'-6"Fluted Steel Shaft w/24"Cast Iron Base To Elgin P.W. Each 4 13'-6"Washington Pole and 24"Cast Iron Clamshell Base w/Festoon Outlet,Banner Arms,see Drawing LP-23458, Paint Black 23. Clamshell Base for Kimball 30-Foot Pole To Elgin P.W. Each 2 Clamshell Base Casting,see Drawing LP-22921, Paint Black 24. Bishops Crook 400W MH 240V Light Fixture To Elgin P.W. Each 4 w/Leveling Device,see Drawing LP-22921, Paint Black 25. 34'-6"Street Light and Pole w/Single Arm To Elgin P.W. Each 1 See Drawing LP-22771,Paint Black 26. 34'-6"Street Light and Pole w/Dual Arm To Elgin P.W. Each 1 See Drawing LP-22921, Paint Black Holophane Fixtures and Poles 27. 100-Watt AWU100MHMCB5MSG Light Fixture To Elgin P.W. Each 4 100W MH Multi-Tap Washington Postlite Luminaire,Clear Stippled Globe w/Integral Refractor w/Spike Finial,Band,and Medallions,Paint Black 28. 13'Pole C1324CISBKH w/Festoon and Banner Arms To Elgin P.W. Each 2 13'-2"Columbia Cast Iron and Steel Post w/Festoon Outlet and Banner Arms,Paint Black Page 2 of 3 BLR 12241 (Rev.7/05) Printed on 9/19/2007 11:52:15 AM Group Unit No. Items Delivery Unit Quantity Price Total 29. 400-Watt MPU400MHMCB4 Fixture To Elgin P.W. Each 2 400W MH Multi-Tap Memphis Utility 30. WLLF/200-SCA/BK Decorative Arm Fitter To Elgin P.W. Each 2 West Liberty Decorative Am,Fitter for 1'/3"Top-Mount Luminaire 31. WLC72/1-CA/BK Single Arm,72" To Elgin P.W. _Each 2 Single 72"Roadway Arm,Paint Black 32. WLC72/2-CA/BK Dual Arm,72" To Elgin P.W. Each 2 Dual 72"Roadway Arm,Paint Black 33. 35'Pole RTS35BLK-C24CSB-CI/BK To Elgin P.W. Each 2 35'Pole with Clamshell Base,Paint Black Subtotal—Group IV Total All Groups—Base Bid The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 3 of 3 BLR 12241 (Rev.7/05) Printed on 9/19/2007 11:53:15 AM • Illinois Department ALTERNATE A Material Proposal of Transportation Schedule of Prices Group Unit No. Items Delivery Unit Quantity Price Total V POLES AND POLE ACCESSORIES 34. +I014P6G-31-697 Street Light Pole To Elgin P.W. Each 4 32'-6"MH 8'Truss Arm Natural Aluminum Unpainted Satin Finish 35. 14AP6O.41-160 Street Light Pole To Elgin P.W. Each 2 30'Aluminum Pole w/10'Curved Davit Arm,Unpainted Satin Finish 36. .-Felm ntLTPA 14.5 MH,3.5 Arm To Elgin P.W. Each 2 4.75'MH DA Natural Aluminum Curved Davit Arm with Vibration Dampener 37. AtAPee-TB6-9 Breakaway Transformer Base To Elgin P.W. Each 6 9"High, 10.5"-12.5"Top and Bottom Bolt Circle,Aluminum, Natural Unpainted Finish Subtotal—Group V VI FIXTURES 38. 9EM2AC17MOA1GSC21 To Elgin P.W. Each 4 175W MH Multi-Tap Fixture,Flat Lens,Paint Brown Subtotal—Group VI Total All Groups—Alternate A The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 1 of 1 BLR 12241 (Rev.7/05) Printed on 9/19/2007 12:00:04 PM Illinois Department ALTERNATE B Material Proposal of Transportation Schedule of Prices Group Items Delivery Unit Quantity Unit Total No. _ Price VII II. FIXTURES (( -5 u..) - 2 5o w) 39. 115-17MCAMT1R3DG To Elgin P.W. Each 50 175W MH Multi-Tap Fixture w/Drop Glass Prismatic Lens w/PC Socket 40. - an E4eetfie 113-0D132 To Elgin P.W. Each 40 250W MH Multi-Tap Fixture w/Drop Glass Medium Cutoff Lens w/PC Socket Subtotal—Group VII Total—Alternate B The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 1 of 1 BLR 12241 (Rev.7/05) Printed on 9/19/2007 12:03:23 PM • Illinois Department of Transportation Special Provisions The following Special Provisions supplement the"Standard Specifications for Road and Bridge Construction", adopted January 1, 2007 , the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways," and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of Section 07-00000-00-GM , and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. o The CITY intends to award contracts to the low bidder for groups of materials as shown on the Schedule of Prices from either the Base Bid, Alternate A and/or Alternate B. 02 APPO.ovEb f Qu k L o Acceptable poles in Group I include Hapco, Valmont, and Union Metal provided they meet specifications. Al oe AQRIQ1EI eQuAL o Acceptable lamps in Group III shall be those manufactured by G.E., Phillips, or Sylvania( The Contractor shall submit his/her lamp choice for CITY approval prior to ordering materials. Lamps shall not be intermixed, but rather should all be the same brand. o Unit prices on all items shall include all shipping and freight charges. Materials are to be delivered to the Elgin Public Works Department at 1900 Holmes Road. o The bidder shall specify delivery times for each group of materials. o A bid bond in the amount of five percent(5%) of the grand total of all items is required with the bid. o The decorative poles and fixtures (Group IV) shall be painted as specified. Page 1 of 1 BLR 11310(Rev.7/05) Printed on 9/19/2007 2:27:30 PM INDEX FOR SUPPLEMENTAL SPECIFICATIONS Adopted January 1,2007 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. No ERRATA this year. SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. No Supplemental Specifications this year. CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted January 1,2007 The following RECURRING SPECIAL PROVISIONS indicated by an"X"are applicable to this contract and are included by reference: RECURRING SPECIAL PROVISIONS CHECK SHEET# PAGE NO. 1 ❑ State Required Contract Provision All Federal-aid Construction Contracts(Eff.2-1-69)(Rev. 1-1-07) 1 2 ❑ Subletting of Contracts(Federal Aid Contracts)(Eff. 1-1-88)(Rev.5-1-93) 3 3 ❑ EEO(Eff.7-21-78)(Rev.11-18-80) 4 4 ❑ Specific Equal Employment Opportunity Responsibilities Non Federal-aid Contracts(Eff.3-20-69)(Rev.1-1-94) 14 5 ❑ Required Provisions-State Contracts(Eff.4-1-65)(Rev. 1-1-07) 19 6 Reserved 24 7 ❑ National Pollutant Discharge Elimination System Permit(Eff 7-1-94)(Rev.1-1-03) 25 8 ❑ Haul Road Stream Crossings,Other Temporary Stream Crossings,and In-Stream Work Pads(Eff. 1-2-92)(Rev.1-1-98) 26 9 ❑ Construction Layout Stakes Except for Structure"(Eff.1-1-99)(Rev. 1-1-07) 27 10 ❑ Construction Layout Stakes(Eff.5-1-93)(Rev. 1-1-07) 30 11 ❑ Use of Geotextile Fabric for Railroad Crossing(Eff.1-1-95)(Rev.1-1-07) 33 12 ❑ Subsealing of Concrete Pavements(Eff.11-1-84)(Rev. 1-1-07) 35 13 ❑ Hot-Mix Asphalt Surface Removal(Cold Milling)(Eff. 11-1-87)(Rev.1-1-07) 39 14 ❑ Pavement and Shoulder Resurfacing(Eff.2-1-02)(Rev. 1-1-07) 41 15 ❑ PCC Partial Depth Hot-Mix Asphalt Patching(Eff. 1-1-98)(Rev. 1-1-07) 42 16 ❑ Patching with Bituminous Overlay Removal(Eff.10-1-95)(Rev. 1-1-07) 44 17 ❑ Polymer Concrete(Eff.8-1-95)(Rev.3-1-05) 45 18 ❑ PVC Pipeliner(Eff.4-1-04)(Rev.1-1-07) 47 19 ❑ Pipe Underdrains(Eff.9-9-87)(Rev. 1-1-07) 48 20 ❑ Guardrail and Barrier Wall Delineation(Eff. 12-15-93)(Rev. 1-1-97) 49 21 ❑ Bicycle Racks(Eff.4-1-94)(Rev.1-1-07) 53 22 ❑ Temporary Modular Glare Screen System(Eff. 1-1-00)(Rev.1-1-07) 55 23 ❑ Temporary Portable Bridge Traffic Signals(Eff.8-1-03)(Rev.1-1-07) 57 24 ❑Work Zone Public Information Signs(Eff.9-1-02)(Rev. 1-1-07) 59 25 ❑ Night Time Inspection of Roadway Lighting(Eff.5-1-96) 60 26 ❑ English Substitution of Metric Bolts(Eff.7-1-96) 61 27 ❑ English Substitution of Metric Reinforcement Bars(Eff.4-1-96)(Rev. 1-1-03) 62 28 ❑ Calcium Chloride Accelerator for Portland Cement Concrete(Eff.1-1-01) 63 29 ❑ QC of Concrete Mixtures at the Plant-Single A(Eff.8-1-00)(Rev. 1-1-04) 64 30 ❑ QC of Concrete Mixtures at the Plant-Double A(Eff.8-1-00)(Rev.1-1-04) 70 31 ❑ Quality Control/Quality Assurance of Concrete Mixtures(Eff.4-1-92)(Rev. 1-1-07) 78 • CHECK SHEET FOR RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS Adopted January 1,2007 The following RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS indicated by an "X" are applicable to this contract and are included by reference: RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS CHECK SHEET# PAGE NO. LRS 1 Reserved 91 LRS 2 ❑ Furnished Excavation(Eff.1-1-99)(Rev. 1-1-07) 92 LRS 3 ❑ Work Zone Traffic Control(Eff. 1-1-99)(Rev. 1-1-07) 93 LRS 4 ❑ Flaggers in Work Zones(Eff.1-1-99)(Rev.1-1-07) 94 LRS 5 ❑Contract Claims(Eff. 1-1-02)(Rev.1-1-07) 95 LRS 6 ❑ Bidding Requirements and Conditions for Contract Proposals(Eff.1-1-02) 96 LRS 7 © Bidding Requirements and Conditions for Material Proposals(Eff. 1-1-02)(Rev. 1-1-03) 102 LRS 8 ❑ Failure to Complete the Work on Time(Eff.1-1-99) 108 LRS 9 ❑ Bituminous Surface Treatments(Eff. 1-1-99) 109 LRS 10 ❑ Reflective Sheeting Type C(Eff.1-1-99)(Rev.1-1-02) 110 LRS 11 ❑ Employment Practices(Eff. 1-1-99) 111 LRS 12 ❑Wages of Employees on Public Works(Eff. 1-1-99)(Rev. 1-1-07) 113 LRS 13 ❑ Selection of Labor(Eff.1-1-99) 114 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks(Eff. 1-1-04)(Rev.1-1-07) 115 LRS 15 ❑ Partial Payments(Rev.1-1-07) 118 .may EXHIBIT I • City of Elgin, Illinois 'JI it ti` 7. Certification Requirements .#44 tLDF4�'�� Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: 1. Workforce analysis using the enclosed Bidder's Employee Utilization form. 2. Provide the information required by Item#3 on the employee utilization form if the answer to Question #2 on the form is "Yes". 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) B. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. C. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. D. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. E. The successful bidder agrees that upon acceptance by the City of Elgin, the executed Invitation to'Bid along with all instructions, conditions, and specifications attached thereto constitute a binding contract which may be enforced by the city. Signature/Title Company Name Address Phone Number FEIN No. • • EXHIBIT 2 BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 .Affirmative Action - City Contracts 1. Name and Address of Bidder Description of Project • JOB CATEGORIES Total Whites Blacks Hispanics Asians or American Minority Female Employees Pacific Indians (M&F) (All Islanders Categories) M / F M / F M / F M / F M / F 0/0 Example:Managers 18 3 5 3 2 4 1 55.6% 44.4% (10/I8) (8118) • TOTALS Signature of Company Official Title Telephone Number Date Signed Page of 2. Have you ever been awarded a bid by the City of Elgin? Yes No 3. If the answer to question*2 is Yes, please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilization of minorities and/or females, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate, or suspend the contract in whole or in part. Eta r EXHIBIT 3 �''-. �� ,_; s 1 City of Elgin, Illinois �op ' Equal Employment Ok I TED•:t" Written Commitment Guideline The written commitment required in Item #4 of the Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the, area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals:to recruit minorities and females for training programs or other similar opportunities available.through the bidder's organization. 5. Indicate bidder's consent to submit to the City.of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. • 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affuniative action plan to the City of Elgin. Description of Groups for Classification Purposes White: all persons having origins in Europe, North America, or the Middle East Black all persons having origins in any of the Biacic racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or - other Spanish culture or origin, regardless of race Asian American: all persons having origins in the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal „1 9 r'll."St1 r1T r1' r'nrnr rPr•nrm;!tnr • ..c.4 OF Etc� E%HIBIT 4 City of Elgin, Illinois ' " = Sexual Harassment -- Policies and Programs �1t.jTED EL6•.. Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (I) the illegality of sexual harassment (ii) the definition of sexual harassment under state law (iii) a description of sexual harassment, utilizing examples (iv) the vendor's internal complaint process including penalties (v) the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission (vi) directions on how to contact the department and commission (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has-in:-place sexual harassment policies which include the required information set forth above,and I hereby agree to furnish the City of Elgin.- Human Resources:Department with copy of these policies if they so request. Signature/Title Company Date Sexual harassment is defined as follows: "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when (1) submission to such conduct is made either explicitly or implicitly a term or condition of an individual's employment, (2) submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating, hostile, or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin Human Resources Department at (847) 931-5618. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability, loss or damage including costs of defense or claim, demands, costs of judgment against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. Signature/Title Company Date • EXHIBIT 5 TAX/COLLUSION/DEBARMENT/PREVAILING WAGE AFFIDAVIT State of ss. County of , being first duly sworn, deposes and says: That he is of the firm of the party making the foregoing bid and that the bidder is not barred from contracting with any unit or local • government as a result of a violation of 720 Illinois Compiled Statutes, Section 5/33E-3 or 5/33E-4, as amended; and, no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place; and, bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. The bidder also certifies that it shall comply, where applicable,with the Prevailing Wage Act 820 ILCS 130/0.01 et seq. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to before me this day of , 20 Signature of Bidder, if a corporation: SEAL Notary Public President Secretary w, Illinois Department Local Agency of Transportation Proposal Bid Bond Route Street Lighting Materials County Kane RETURN WITH BID Local Agency City of Elgin Section 07-00000-00-GM PAPER BID BOND WE as PRINCIPAL, and as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 5%of the total bid price,or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors,administrators,successors,and assigns,jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPAL is a joint venture of two or more contractors,the company names,and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF ,a Notary Public in and for said county,do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL&SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of My commission expires (Notary Public) ELECTRONIC BID BOND ❑ Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code (Company/Bidder Name) (Signature and Title) Date Page 1 of 1 BLR 12230(Rev.7/05) Printed on 8/15/2007 4:13:22 PM TO: Interested Firms FROM: City Of Elgin RE: Addendum# 1 —City Of Elgin Bid No. 07-040, Bituminous Quotations DATE: March 8, 2007 The due date for the above referenced Invitation for Bids has been extended from March 20, 2007 to Monday, March 26, at 11:00 am. All other terms and conditions remain unchanged and in full force and effect. END OF ADDENDUM # 1 oer VIIllinois Department Municipal Estimate of of Transportation Maintenance Costs Section Number 07-00000-00-GM Period from January 1, 2007 to December 31, 2007 Municipality Elgin Estimated Cost of Maintenance Operations Maintenance For Grouo I. II. or III (Material. Eauioment or Labor) Operation Group Unit Operation (No.—Description) (I,II,Ill,IV) Item Unit Quantit Price Cost Cost Bituminous Patchin• Mixtures II Bituminous Patchin• Mix _-- Grou• I Ton 1,360 $28.00 $ 38,080.00 $ 38,080.00 Bituminous Patchin• Mix --- Grou• II Ton 200 80.00 16,000.00 16,000.00 Bituminous Patchin• Mix --- Grou• I Pavin. Ton 2.500 28.00 70,000.00 70,000.00 1111=-- Total Day Labor Costs Total Estimated Maintenance Operation Cost $124,080.00 Preliminary Engineering (2%) $2,481.60 Engineering Inspection Material Testing Total Estimated Engineering Cost $ 2,481.60 Total Estimated Maintenance Cost $126,561.60 Submitted: Z-2 G- 6 7 Approved: a� Date _ MAR §...211a7 Municipal Offi� I Cfil Title Regional Engineer Submit Four(4) Copies to Regional Engineer Page 1 of 1 BLR 14231 (Rev.7/05) Printed on 2/26/2007 9:01:45 AM Clerh- Illinois Department Request for Quotations of Transportation GROUP Date Municipality Company City of Elgin County Representative Kane and Cook Township Address Elgin and Hanover Section Telephone 07-00000-00-GM ( ) (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency(LA)to reject any or all quotations. By Order of City Clerk Dolonna "Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM C MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group I F.O.B. City trucks 3,860 Tons at source of supply** Total Group I* * A haul rate of$0.50 per ton mile will be used to determine the low bidder based on distance from Public ** Source of supply Works Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder By Address Title Accepted By Date (Elgin City Clerk) Approved Regional Engineer Page 2 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:23 AM ti Illinois Department Request for Quotations of Transportation GROUP II Date Municipality Company City of Elgin County Representative Kane and Cook Township Address Elgin and Hanover Section Telephone 07-00000-00-GM ( ) (1) Quotations will be received in the office of the Purchasing Director(Ms. Gail Cohen), 150 Dexter Court, Elgin, Illinois 60120 until 11 o'clock A. M., March 20, 2007 , for furnishing materials required Date the year 2007 and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA)to reject any or all quotations. By Order of City Clerk Dolonna"Loni" Mecum February 14, 2007 Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. Page 1 of 2 BLR 12250(Rev.7/05) Printed on 2/26/2007 8:59:55 AM MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group II F.O.B. City trucks 200 Tons at source of supply** Total Group II* * A haul rate of$0.50 per ton mile will be used to determine the low bidder based on distance from Public ** Source of supply Works Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder By Address Title Accepted By Date (Elgin City Clerk) Approved Regional Engineer Page 2 of 2 BLR 12250(Rev.7/05) Printed on 12/19/2006 2:59:45 PM .``.4.'4 CF ECC�y EXHIBIT 1 • fa 11 City of Elgin, Illinois tp °�, -� - Certification Requirements Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: I. Workforce analysis using the endosed Bidder's Employee Utilization form. 2. Provide the information required by Item#3 on the employee utilization form if the answer to Question #2 on the form is "Yes". 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) B. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. C. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. D. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. E. The successful bidder agrees that upon acceptance by the City of Elgin, the executed Invitation to'Bid along with all instructions, conditions, and specifications attached thereto constitute a binding contract which may be enforced by the city. Signature/Title Company Name Address Phone Number FEIN No. EXHIBIT 2 BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1. Name and Address of Bidder Description of Project JOB CATEGORIES Total Whites Blacks Hispanics Asians or American Minority Female Employees Pacific Indians (M &F) (All Islanders Categories) M / F M / F M / F M / F M / F % Example:Managers 18 3 5 3 2 4 1 55.6% 44.4% (10/18) (8/18) TOTALS Signature of Company Official Title Telephone Number Date Signed Page_. of 2. Have you ever been awarded a bid by the City of Elgin? Yes No 3. If the answer to question #2 is Yes, please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilization of minorities and/or females, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate, or suspend the contract in whole or in part. of E� EXHIBIT 3 ' 4 City of Elgin, Illinois 'it fir_` E ual Employment o4!TED°I" q t Written Commitment Guideline The written commitment required in Item #4 of the Bidder's Employee Utilization Form shall: l. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the, area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available.through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. Description of Groups for Classification Purposes White: all persons having origins in Europe, North America, or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or other Spanish culture or origin, regardless of race Asian American: all persons having origins in the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition `,�.� of C� EXHIBIT 4 a ' City of Elgin, Illinois .,\'t� Sexual Harassment -- Policies and Programs ° 1TLDEk*' Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (I) the illegality of sexual harassment (ii) the definition of sexual harassment under state law (iii) a description of sexual harassment, utilizing examples (iv) the vendor's internal complaint process including penalties (v) the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission (vi) directions on how to contact the depax anent and commission (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has in place sexual harassment policies which include the required information set forth above, and I hereby agree to furnish the City of Elgin- Human Resources Department with-a copy of these policies if they so request. Signature/Title Company Date Sexual harassment is defined as follows: "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when (1) submission to such conduct is made either explicitly or implicitly a term or condition of an individual's employment, (2) submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating, hostile, or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin Human Resources Department at (847) 931-5618. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability, loss or damage including costs of defense or claim, demands, costs of judgment against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. Signature/Title Company Date EXHIBIT 5 TAX/COLLUSION/DEBARMENT/PREVAILING WAGE AFFIDAVIT State of ss. County of , being first duly sworn, deposes and says: That he is of the firm of the party making the foregoing bid and that the bidder is not barred from contracting with any unit or local government as a result of a violation of 720 Illinois Compiled Statutes, Section 5/33E-3 or 5/33E-4, as amended; and, no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place; and, bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. The bidder also certifies that it shall comply, where applicable,with the Prevailing Wage Act 820 ILCS 130/0.01 et seq. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to before me this day of , 20 Signature of Bidder, if a corporation: SEAL Notary Public President Secretary 4 REQUEST FOR QUOTATIONS Sealed quotations will be received by the Purchasing Director of the City of Elgin, 150 Dexter Court, Elgin, Illinois 60120 until 11:00 a.m., March 6, 2007, for materials for maintenance of various streets as follows: Bituminous Patching Mixture (Group I) 5,360 Tons Bituminous Patching Mixture (Group II) 200 Tons The hauling differential of$0.50 will be used to determine the low quotation for both Group I and Group II listed above. The new Public Works facility is located at 1900 Holmes Road, west of McLean Boulevard. Suppliers may quote for either one or both groups. Quotations shall be submitted on forms furnished by the City of Elgin which may be obtained at the office of the Purchasing Director, 150 Dexter Court, Elgin, Illinois 60120. Dated: February 14, 2007 Gail Cohen Purchasing Director City of Elgin LR 442 Page 1 of 2 STATE OF ILLINOIS DEPARTEMENT OF TRANSPORTION DIVISION OF HIGHWAYS LOCAL ROADS AND STREETS BITUMINOUS PATCHING MIXTURES FOR MAINTENANCE USE Effective: January 1, 2004 This special provision covers course graded and fine graded bituminous mixtures for use in maintaining small areas on flexible and rigid type pavement. Materials.The materials, control, quality, sampling, testing, inspection and storage of material shall conform to the specific requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department of Transportation. Bituminous Patching Mixtures. The material supplier or contractor may furnish any of the following Bituminous Patching Mixtures listed in the individual Group for which the award was made. Group I —Bituminous Patching Mixtures Serial No. M-17-02: Bituminous Mixture for Maintenance Use, Emulsified Asphalt Type Serial No. M-19-02: Bituminous Mixture for Maintenance Use, Liquid Asphalt Type Serial No. M-20-02 Bituminous-Sand Mixture for Maintenance Use Serial No. M-48-02: Bituminous Premix for Maintenance.Use, Inverted Emulsified Asphalt CBAE-2 Serial No. M-126-95: Bituminous Mixes for Maintenance Use, Reinforced Fiber Mixture Bituminous Patching Mixture (Class B): This mixture shall conform to the material requirements of Section 405 of the Standard Specifications. The bituminous material shall be limited to asphalt PG 58-28 or PG 52-28. The aggregate should be limited to a CA 16 graduation. Bituminous Patching Mixture (Superpave): This mixture shall conform to the material requirements of the special provision Superpave Bituminous Concrete Mixture for Bituminous Concrete Surface Course, Superpave, IL 9.5, N50 or Superpave Bituminous Concrete Mixture for Bituminous Concrete Surface Course, Superpave, IL 12.5, N50. Group II —Bituminous Patching Mixture (Proprietary) Serial No. M-120-00: Bituminous Premix for Maintenance Use -Optimix, Sylcrete, UPM, QPR-2000, EZ Street- Proprietary Sources Serial No. M-133-96: Bituminous Premix for Maintenance Use, Instant Road Repair- Proprietary Serial No. M-134-02: Bituminous Premix for Maintenance Use, SMP - Proprietary Placing of Bituminous Patching Mixture. All holes and depressions in the existing surface which exceed 3/4" in depth shall be repaired by removal of all loose and defective material and replaced with the specified Bituminous Patching Mixture. The material shall be compacted to produce a tight surface conforming to the adjacent area. LR 442 Page 2 of 2 Method of Measurement. Bituminous patching mixture will be measured for payment in tons. Basis of Payment. This work will be paid for at the contract unit price per ton for BITUMINOUS PATCHING MIXTURE (GROUP I); BITUMINOUS PATCHING MIXTURE (GROUP H). When bids are taken F.O.B.trucks at the mixing plant a hauling differential of$0.50(fifty cents) per ton-mile haul from mixing plant to location designated in the proposal will be used to determine the low bid. Round-trip distance shall be used to calculate the hauling differential to be used to compare bids. Bidders are required to fill in the location of the plant from where they propose to supply the patching mixture on the material proposal form. State of Illinois Department of Transportation Division of Highways Springfield SPECIFICATIONS FOR BITUMINOUS PREMIX FOR MAINTENANCE USE OPTIMIX, SYLCRETE, UPM, QPR-2000 - PROPRIETARY Serial Number: M 120-96 1. DESCRIPTION. The patching material shall be composed of a mineral aggregate, plant-mixed with a liquid asphalt and chemical additives from the suppliers of the proprietary mixtures. The bituminous material shall be capable of coating wet aggregates without stripping, and shall be available in various grades so that one such grade will enable a stockpile to remain pliable and workable at a temperature of-26 °C (-15 °F). The patching material shall be capable of maintaining adhesive qualities in patched areas which are damp or wet at time of application, and also after remaining in an uncovered stockpile for up to twelve (12) months. 2. MATERIALS. Control of the materials shall be in accordance with the general requirements of Section 106 of the current Standard Specifications for Road and Bridge Construction. A five kilogram (ten-pound) sample of the mineral aggregate and one-liter(one-quart) sample of the liquid asphalt shall be submitted to the Bureau of Materials and Physical Research, 126 East Ash Street, Springfield, Illinois, for performing the tests specified herein. (a) Aggregate All Coarse Aggregate used in the proprietary mixtures shall consist of crushed stone of Class B quality or better as defined in Article 1004.oi(a) & (b) of the above cited Standard Specifications. (b) Bituminous Materials The bituminous material shall be a formulation of the liquid asphalt blend prepared under the supervision of the proprietary mix supplier. it shall meet the requirements of ASTM D 2026 or ASTM 2027, whichever applies, modified as follows: 4 •:• : :.:< ,OPTIMIX.- QPR-2000 : .:SYLCRETE.EV:. • SYLCRETE.VA '°:•:UPM ASTM D 92 - Flash point(COC) 94 (200) 94 (200) 94 (200) . 94 (200) 94(200) °C (°F) -minimum ASTM D 2170 Kinematic Viscosity 60 °C (140 °F) 350-3000 •300-4000 • 300-4000 300-4000 400-2500 mm2/s (cSt) ASTM D 95 Water -maximum 0.2 0.2 0.2 0.2 0.2 ASTM D 402 Distillate % by Volume of Original Sample Temperature Distillate to 225°C(437°F) 0 0 0 0 0 Distillate to 260°C (500°F) 0-5 0-5 0-5 0-5 0-0.5 Distillate to 315°C (600°F) 0-21 0-25 0-25 0-25 0-18 Residue from distillation to 360°C (680°F) %Volume by Difference 70-94 72-95 - — 73-95 Residue Tests: ASTM 0 2171 Absolute Viscosity 60°C(140°F) 11.5-44.0 12.5-42.5 12.5-42.5 12.5-42.5 12.5-42.5 Pascal Seconds(Poises) (115-440) (125-425) (125-425) (125-425) (125-425) ASTM D 5 Penetration 25 °C (77 °F) — 200 — — — 100 g, 5s-minimum ASTM D 5 Penetration, modified with cone, 25 °C (77 °F) 200 — 180 180 180 150 g, 5s-minimum ASTM D 113 Ductility 21 °C (70 °F) 1 cm/min. — — 100 100 — cm-minimum ASTM D 113 Ductility 4°C (39°F) 1cm/min, 85 100 — — 100 cm-minimum ASTM D 2042 Solubility in Trichloroethylene 99.0 99.0 99.0 99.0 99.0 %-minimum - 2 • (c)Stripping Tests The combined UPM and liquid asphalt shall also meet the following stripping tests: (1) Stripping Tests: Dry Aggregate. Two-hundred grams of the air-dried aggregate passing the 12.5 mm ('/r-inch) sieve and retained on the 4.75 mm (No. 4) sieve shall be combined with 6.3 percent, by weight, UPM liquid asphalt and mixed in a hemispherical metal dish with a stiff spatula for three to five minutes or until a uniform coating is obtained. Twenty-five grams of this material shall be immediately place in an oven at 60 °C, t 3 °C.(140 °F, t 5 °F), for eighteen to twenty-four hours, after which it shall be thoroughly mixed and allowed to cool to room temperature. The sample shall then be immersed in water at a temperature of 49 °C, t 3 °C (120 °F, t 5 °F), and maintained at this temperature for twenty-four hours. At the end of this period, the area of the aggregate remaining coated shall be determined visually while the sample is still immersed in water. Surface coating of at least 90 percent must be retained on the aggregate. A test similar to the above using MC-250 shall be made for comparison. (2) Stripping Test: Wet Aggregate. Two-hundred grams of the aggregate passing the 12.5 mm ('/-inch) sieve and retained on the 4.75 mm (No. 4) sieve shall be immersed in water for twenty-four hours and the excess water drained off, leaving the aggregate surface wet. This aggregate shall be combined with 6.3 percent, by weight, UPM liquid asphalt and mixed in a hemispherical metal dish with a stiff liquid spatula for three to five minutes or until a uniform coating is obtained; Twenty-five grams of this material shall be immediately place in an oven at 60 °C, t 3 °C (140 °F, t 5 °F), for eighteen to twenty-four hours, after which it shall be thoroughly mixed and allowed to cool to room temperature. The sample shall then be immersed in water at a temperature of 49 °C, t 3 °C (120°F, t 5 °F), and maintained at this temperature for twenty-four hours. At the end of this period, the area of the aggregate remaining coated shall be determined visually while the sample is still immersed•in water. Surface coating of at least 90 percent must be retained on the aggregate. A test similar to the above using MC-250 shall be made for comparison. In estimating the percentage of area remaining coated, any thin or translucent area shall not be considered as being coated Each of the following proprietary mixes, Syicrete EV, Sylcrete VA, Optimix, and QPR-2000 shall also meet the following stripping tests. (1) Place 50 grams of cold mix into a beaker containing 400 ml of boiling distilled water. Bring back to boiling and boil for 3 minutes with constant stirring at 1 revolution per second. At the end of 3 minutes, remove the beaker from the heat source.and immediately decant the water. Empty the wet mix onto a paper towel and examine. The retained coating shall not be less than 95 percent. (2) AASHTO T 182 Coating and Stripping of Bitumen-Aggregate Mixtures. 3. INSPECTION. The Engineer or his authorized representative shall have access at any time to all parts of the plant in order to verify weights or proportions and quality of materials used in the preparation of the mixture. The manufacturer shall afford such facilities as may.be required for making inspection at the plant and for collecting and forwarding samples of the ingredient materials and bituminous mixture to the Department. 3 4 4. PLANT AND EQUIPMENT. Storage facilities and all equipment used in the preparation of the mixture shall be approved by the Department. An approved drier shall be available for surface drying the aggregate when needed. The materials for individual batches shall be measured accurately, either by volume or weight, by approved methods and equipment. A batch type mixer of approved design and capacity shall be used in mixing the ingredient materials. However, approval for the use of a continuous mixer will be given if it can be shown that satisfactory results will be obtained. 5. PREPARATION OF MIXTURE. The aggregate and Optimix, or QPR-2000, or Sylcrete, or UPM liquid asphalt shall be proportioned into the mixer and mixed for at least 30 seconds or until a uniformly coated mixture is obtained. The liquid asphalt shall be heated to a temperature of 93 °C, ±28 °C (200° F, ± 50° F), at the time of mixing, and in accordance with the instructions of proprietary mix supplier. When necessary to heat the aggregates, the aggregates should not be heated to more than 68 °C (155 °F). 6. COMPOSITION OF MiXTURE. The ingredients shall be combined to produce a mixture meeting the approval of the Department and conforming to the following composition limits, by weight, as determined by tests of the prepared mixture: Gradation of Extracted Aggregate (% Passing)1' . .. ,.,>.. . ..... .. ..,<•.. .: SYLCRETE:EVAND.VA • •:::.::•::::. ::, . '•`" :UPM SIEVE SIZE..v..:::::'.'1•:.:1::.:::- .::.- ;::. . P.TIMIX :• MIX#1::• : ::MIX.#2: `.. .QPR-2000 MIX-#1": •.MIX1#2.: 12.5 mm(1/2") 100 100 100 100 100 100 9.5 mm (3/8") 90-100 100 90-100 90-100 90-100 100 4.75 mm(No. 4) 20-55 85-100 • 20-55 20-55 15-55 70-100 2.36 mm( No. 8) 5-30 10-40 5-30 5-30 t18 mm (No. 16) 0-10 0-10 0-10 0-10 0-10 0-10 . 600 pm(No. 30) 0-7 0-7 300 pm(No. 50) 0-5 0-5 0-5 0-5 75 pm(No. 200) 0-2 0-2.5 .0-2.5 0-2 0-4 0-4 Residua! Bitumen" 3-6.5 3-6.5 3-6.5 3-7.0 3.5-6.5 3.5-6.5 ' Based on percent of total aggregate weight. 2Based on percent of total mixture weight. 7. LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC. The laws to be observed;. permits and licenses; patented devices; materials, and processes; and responsibility for damage cia' , s`ha 'accordance with the requirements of Section 107 of the above cited Star d pe 'if i _,.,,rty . f . This c�#ication is.effective July.1., 1996,`'andsupersedes Serial Number:M.:120-95 :.effective: Se tember:-1;<:1.995. ..::>.::..< . ....:. . :::q.f::�:t::.r•::..:;:5:;.�;;;<:.:.. . .:.., :....4 <-r::;::;.=:: : :i.:.::.;: ..� �.ey.;is.:•• 'r•..�0•:' RH/kf/bb/ens 2o-9s 4